Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2003 FBO #0751
SOLICITATION NOTICE

36 -- ALL TERRAIN ROBOTIC SYSTEM FOR URBAN SEARCH AND RESCUE ENVIRONMENTS

Notice Date
12/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
Reference-Number-04-894-4409
 
Response Due
12/29/2003
 
Archive Date
12/29/2003
 
Point of Contact
Laurel Carey, Contract Specialist, Phone (301) 975-8838, Fax (301) 975-8884,
 
E-Mail Address
laurel.carey@nist.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are requested. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This Solicitation is issued as a Request for Quotation (RFQ) 04-894-4409 under FAR Part 13, Simplified Acquisition Procedures and incorporates provisions and clauses in effect through Federal Acquisition Circular 01-17, Oct 20, 2003. This RFQ is issued as a total small business set-aside; the NAIC Codes is 334511 and the size standard is 750 employees. This is a ?BRAND NAME OR EQUAL,? firm-fixed price requirement for the Pioneer 3-AT, an all-terrain robotic platform with a customizable operator interface; an API must be provided to allow the customer to develop their own user interfaces to monitor sensors and control the robot. The robot will be used in urban search and rescue (USAR) environments. Quotations may be submitted for EITHER the brand name part numbers specified herein OR items manufactured by other small businesses that meet all of the salient, physical, functional, and performance characteristics of the brand name part numbers specified herein. BRAND NAME OR EQUAL descriptions to be descriptive, not restrictive, and to specify salient characteristics of products that will be considered to fully meet the technical requirements.***The National Institute of Standards & Technology (NIST) has a requirement for the following BRAND NAME OR EQUAL Contract Line Item Numbers (CLIN?s): CLIN 0001, Quantity of 1, P3T0001, Robot with developer software; CLIN 0002, Quantity of 1, ACT0090, gyro Skid Connection System; CLIN 0003, Quantity of 1, ACAT031 P3-AT Front Sonar Ring; CLIN 0004, Quantity of 1, ACAT032 P3-AT, Rear Sonar Ring; CLIN 0005, Quantity of 1, ACTD043 PTZ104 NTSC Custom Vision AT; CLIN 0006, Quantity of 1, ACA0023 Laser Mapping and Navigation AT; CLIN 0007, Quantity of 1, ACT0007 850 MHZ Embedded Computer; CLIN 0008, Quantity of 1, SOF0012 Windows 2000 Install and Test; CLIN 0009, Quantity of 1, SOF0013 Windows 2000 License and CD; CLIN 00010, Quantity of 1, ACT0036 High Speed Wireless Ethernet Package; CLIN 00011, Quantity of 1, ACT0086 High Speed Wireless Ethernet Access Point; CLIN 00012, Quantity of 1, ACT0083 Direct Drive Joystick; CLIN 00013, Quantity of 2, ACT0093 Long Pioneer Tether; CLIN 00014, Quantity of 2, ACA0094 Pioneer Short Connector; CLIN 00015, Quantity of 1, ACT0072 High Capacity Charger; CLIN 00016, Quantity of 4, ACT0087 7 Amp Hour Battery; CLIN 00017, Quantity of 1, ACAT013 P3AT Front and rear bumpers; CLIN 00018, Quantity of 1, ACA0098 Power Cube; CLIN 00019, Quantity of 1, ACT0097 Amp Hour Battery; CLIN 00020, Quantity of 1, Second camera integration package for rearward facing camera, ELC1657 Hard Drive, 20 GIG; CLIN 00021, Quantity of 1, SOF004 Linux Software Installation. *** Salient, physical, functional, and performance characteristics include (1) an on-board computer with a processor of at least 850 MHZ with wireless communication ability and ability to perform all functions using Linux and a Windows (win32) operating system; (2) laser mapping and navigation capability; (3) payload capacity of at least 20 kg; (4) capacity to traverse a slope of at least 30 % grade; (5) front and rear sonar rings and bumpers that will sense and relay back to the operator that the robot has collided with an object; (6) a forward-facing camera mounted to the front of the robot with pan, tilt and zoom capabilities and a second camera mount for a rear-facing camera to hold an existing Sony EVI-D30 PTZ camera and software to allow the robot?s remote operator to switch between viewing video from either camera; (7) robot operator control software must run under Windows and Linux operating systems and to remotely navigate the robot as well as remotely monitor and display data received by the robot?s sensors, i.e. laser rangefinder and sonar sensors; (8) must have a stable base using either 4 wheels or a tracked system to navigate. *** Delivery shall be 30 days after receipt of order. Delivery shall be FOB DESTINATION. The vendor shall pay all charges to the delivery point and be responsible for any loss of and/or damage to the goods occurring before receipt, inspection, and acceptance at the delivery point. All line items shall be delivered to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. **** IMPORTANT: To be eligible for award, offerors must be registered in the Central Contractor Registry. Information on the CCR may be obtained at http://www.ccr.gov. You must have a DUNS number in order to begin your registration. If you do not already have a DUNS number, please call Dun & Bradstreet, Inc., at 1-866-705-5711 or 610-882-7000. There is no cost to obtain a DUNS number. ***Award will be made to the responsible offeror whose quotation conforming to this synopsis/solicitation offers the best value to the Government. The Government will evaluate quotations based on Technical Capability and Price. Technical Capability is more important than Price. Evaluation of Technical Capability shall be based on the information provided and value indicators that clearly document that the offered products meet or exceed the specifications stated herein. Documentation may include the manufacturer sales literature or other product literature. Price will be evaluated only for quotations determined technically acceptable.*** The following provisions apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. *** The following clauses apply: 52.212-4 Contract Terms and Conditions, Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items including subparagraphs: 52.222-3, Convict Labor; (14) 52.222-19, Child Labor, Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act, North American Free Trade Agreement, Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O.12722, 12724, 13059, 13067, 13121, and 13129); and 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. 52.204-7, Central Contractor Registration. Full text of these provisions and clauses may be accessed electronically at the following addresses: http://www.arnet.gov/far or http://www.nist.gov/admin/od/contract/agency.htm. *** Submission of quotations: Offerors shall submit the following: (1) A quotation that includes pricing for all line items specified ? partial quotations will not be considered; (2) Warranty information; and (3) A copy of the most recent published price list(s) for all line items. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. Quotations shall be valid for 30 days. *** Quotations may be mailed, E-mailed, or faxed. The RFQ number shall be prominently cited on packaging, facimile, or email. Quotations may be mailed to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Laurel Carey, Building 301, Room B129, 100 Bureau Drive, Stop 3571,Gaithersburg, MD 20899-3571. Quotations may also be emailed to laurel.carey@nist.gov or faxed to 301-975-6319, Attention: Laurel Carey. Because of heightened security, FED-EX, UPS or similar delivery methods are the preferred method of delivery of quotations. If quotations are hand-delivered, delivery must be made through Gate A, and a 24-hour (excluding weekends and holidays) prior notice must be provided to the Contracts Office at 301-975-8838. Notice must include the name of the individual or courier company making the delivery. NIST is not responsible for late delivery due to the added security measures. Quotationors who do not provide 24 hour notification in order to coordinate entrance to the NIST campus assume the risk of not being able to deliver quotations on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.) If 24 hour notification was not provided, it is suggested that your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. ***Quotations are due at 2:00 p.m. EST on December 29, 2003. Offerors are encouraged to verify with the buyer that their submissions have been received, 301-975-8838.***
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00490447-W 20031218/031216211840 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.